RES 2006-0327 - Bid from Jones Automotive Inc •
i. , • OIrtAHA,lyl, i . -
lf
REcENED
aJ: >�rtrt.'
06 MAR VI AM 8: 52
Pe 1 r t"j4 f*
OR7T O � is t f yi c k:.r,i; O tL x M �
ED FEBR 4pirrrc.
City of Omaha ''�• ���•�``
Mike Fahey,Mayor
Thomas H.Warren,Sr.
Chief of Police
Omaha Police Department
505 South 15th Street
Omaha,Nebraska 68102-2769
Honorable President (402)444-5600
www.opd.ci.omaha.ne.us
and Members of the City Council, Eric W.Buske
Deputy Chief of Police
John W.Ewing,Jr.
Transmitted herewith is a Resolution authorizing the acceptance of Deputy Chief°fPolice
the bid from Jones Automotive, Inc. in the amount of$62,500.00 Brenda J.Smith
Deputy Chief of Police
for emergency equipment and installation, as per attached
Donald W.Thorson
specifications, for ten 2006 police cruisers for the Omaha Police Deputy Chief of Police
Department.
The Police.Department recommends accepting the bid from Jones Automotive, Inc. It is the only
bid received. The price is reasonable and the bid meets specifications. The Police Department
requests your, consideration and approval of this Resolution.
Funds of $62,500.00 have been appropriated in Fiscal Year 2006, Fund 11111, Organization
113141 Fleet/Facilities, Account 44234 Cars/Small Trucks/Vans. The Finance Department is
authorized to pay the cost from this account.
Respectfully submitted, Approved:
-1-01.--st. Cst- 3A/0(0 /1 ..0/e
Thomas H. Warren, Sr. Date 'Gail Kinsey Th, pson Date
Chief of Police Human Rights &Relations Director
Approved as to Funding: Referred to City Council for Consideration:
Carol A. Ebdon Date Mayor's i ffice Date
Finance Director
P:\OPD1\16167maf.doc
"To Serve and Protect" • A Nationally Accredited Law Enforcement Agency
• t • H W
Z- U--
D a
Z- ---
D 0
f— W
Z- ---
D
F- W
Z ---
D a
ilt
`\. N
Z(-21:-..,„ .. )-'4: :::)
'�. I— W
z- �
W
Z � f- ' ----------------)
Was
G N *NNC o •
CO E
N
co to0 o -Q .n N N o a)
CS O O m Z p 0 •_ ' Q
• L
i O Cl) � L 0 Q E
0 ; d 0 N0
a U u. 0 sa v C U
•Z• Z ° o
co
C O W W c Q. C TO
C CO 2 a N E
O o a -
U co 5 co
O
a)
0 06
U) LL a C com
CO Z >" Q- `o C) Q _o
O `O W N O cr
Z v, W
c H W C N
J (7 0 tri A i
• c �
D W O E C
m ec o t d c0
Q a' Q a U D
m a� o a
)-- LiJ n «_ o a
LUUN!Y
R. B.
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA EMERGENCY EQUIPMENT FOR OPD CRUISERS
t-
•
FROMt P.M.Burke Published February 1,2006
Asst.Douglas County Purchasing Agent NOT AN ORDER Page 1
902 Omaha-Douglas Civic Center
1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT
Omaha,Nebraska 68183-0902 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM
OFFERED IS$20,000 OR MORE.
- Bid Closing Date -
11:00 A.M. February 15,2006
IMPORTANT 4. If Federal Excise Tax applies,show amount of same and deduct.
Exemption certificates will be furnished. Do not include tax in bid.
1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER,
1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated.
in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
CITY OF OMAHA EMERGENCY EQUIPMENT FOR OPD CRUISERS
6. When submitting bid on items listed,bidder may on a separate sheet,make
2.As evidence of good faith a bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through
FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change.
3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not desire to bid,retum sheets with reasons for declining. Failure to do so
have the right to appeal any decision to the City Council. Right is also reserved to will indicate your desire to be removed from our mailing list. If you desire a copy of
accept or reject any part of your bid unless otherwise indicated by you. tabulation,check[ ).
PLEASE DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
The following equipment will be installed on 10 City of Omaha
Police cruisers. The units will be Ford Crown Victorias.
Following delivery to the City from Ford Motor Company, Crown
Victorias will be picked up by supplier awarded a purchase
order from this bid from the specifications (4 pages) attached.
It is the intent of the City to provide 10 additional units later in
2006, subject to funding. A second bid will be mailed at that
time.
Equipment& installation (per cruiser) BID/each $ - s u' $ . r •S-0C',
(x 10 cruisers)
Questions regarding this bid may be directed to Joe Zuerlein (5% Bid Bond to be
at(402)660-3272. based on this
amount.) •
Any and all exceptions must be so noted on the
"Exceptions to Specifications" sheet attached.
All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBEIDBE)listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on'HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY".
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the
Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&Relations Department. Any questions regarding the
Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055.
* Refer any auestions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)-
sr.Payment Terms Ne+ I S t' Firm Tones//-�A u-D vY Ot J -7
e, -.J.-✓)C. In�orp rated • NE
Delivery(or completion) Name
t1Z Oct (c_G1.vvI UV1�CLZ[Jl. Signature
calendar days following award Title U 1 ce - C Q. e_s't i- Phone 40 .3464 3t3 Fax `1-6,2 -345-g► -O
Address t2.Q3 S a0 S+ Omjc. 100 Log' I o8-349,2
Street/P.O. Box City State
Email Address r D d k Gu 1 orte.s aw+0.cow) j��,t
I c; 4 l
1
DEC. 2005
j SPECIFICATIONS
FOR
EMERGENCY EQUIPMENT
FOR
2006 POLICE CARS _ -
GENERAL: 1
Equipment to be the latest current model of standard design manufactured with all standard
equipment, tools and warranty. Bidders are to supply full description and descriptive materials on
unit bid with the proposal. Equipment must comply with current provisions of the National Traffic and
Motor Vehicle Safety Act.
All the below components are to be supplied and installed in 2006 police cruisers.
Bidder will be allowed 10 days for the completion of the first car once approved.They must
complete each vehicle in two(2)days.
Yes No Other 1. COMPONENTS
A. All wiring to be color coded and gauged for current load.
B. All wiring is to be soldered to connections, scotch locks are
not acceptable.
C. All switches and relays must be high quality and designed to
handle the circuit load.
/ D. Connector's must match stud size.
E. See electrical schematics for location of all components.
/ F. Vendor must supply all wiring and connectors that does not
—7— G. Successful bidder will stock warranty parts for repairs.
Other or Comment
Yes No Other 2. ADDITIONAL REQUIREMENTS
Successful bidder will furnish and install the following:
A. Federal Signal Corp Raydian Led lightbar part
#456110-201 with base MDL 42",with FML Raydian with
hook kit HK-CV92-A.See attached option sheet.
Other or Comment
Yes No Other 3. ADDITIONAL REQUIREMENTS
Successful bidder will furnish and install the following:
/ A. Federal Signal Corp. Smart Siren Model SS2000SM-D.
Other or Comment
Yes No Other 4. PUSH BUMPER
Successful bidder will furnish and install the following:
A. Push bar model heavy duty Setina PB 400 steel for
current year vehicle.
Other or Comment
EMERGENCY EQUIPMENT
FOR 2005 POLICE CRUISERS.
PAGE 2 OF 4
Yes No Other 5. ADDITIONAL REQUIREMENTS
Successful bidder will furnish and install the following:
A. Power Tamer 5201
/ B. 30TRDK Power outlet.
C. 656101 Wigwag control to be mounted on radiator support.
D. 80-amp breaker to be reset able, mounted at location
designated by Vehicle Maintenance to control all add on
equipment.
E. Three six lug fuse boxes Part#AE5415. One (1) ignition -- _.
and Two (2)battery
F. Carrier AC201-800 heavy duty continuous duty solenoid or
approved equal.
Other or Comment
Yes No Other 6. ADDITIONAL REQUIREMENTS
Successful bidder will furnish and install the following:
A. Federal Signal Electronic siren driver model Dynamax
speaker model number 8567079A-04 with front of radiator
mounting for Crown Vic.
Other or Comment
Yes No Other 7. MAP LIGHT
Successful bidder will furnish and install the following:
A. Federal signal model Littlelite LT18TS to be mounted on
Lund console.
Other or Comment
Yes No Other 8. SHOTGUN MOUNT
Successful bidder will install the following:
A. City of Omaha supplied overhead shotgun mount.
B. Install Santa Cruz RC 15gunal shotgun/rifle timer.
Other or Comment
Yes No Other 9. RIFLE MOUNT
A. To supply and install Big Sky rifle mount to cage in location
specified by Fleet Mgt.
B. ELS-270-RVMB electric locking mount with barrel key
override, timer and switch, with enclosed magazine/trigger
guard.
C. Kit-Millennium for weapons with Millennium light fore stock,
millennium guard, 1/8"foam in adjustable lock,one gun
bracket.
D. VMB, vertical mounting brackets for ELS frames with flat
• plates and bolt pack.
E. No exceptions, must be ELS-270-RVMB mount.
Other or Comment
SPECIFICATIONS FOR
EMERGENCY EQUIPMENT
FOR 2005 POLICE CRUISERS
PAGE3OF4
Yes No Other 10. CAGE
A.Vendor will install cage supplied by the City of Omaha
with tall man brackets.
Other or Comment V
•
Yes No Other 11. ADDITIONAL REQUIREMENTS
A. To install City of Omaha supplied plastic rear seat.
B. To install City of Omaha supplied rear door window guards.
Other or Comment
Yes No Other 12. CONSOLE
Successful bidder will furnish and install the following:
A. Lund console part#LI-900-000 (including: armrest, mic.
bracket, cup holder and mount)and filler plate. Install
location must be approved by Fleet Management.
Other or Comment
Yes No Other 13. RADIO
A. To install city supplied mobile radio. Main unit will
be located in trunk on tray. Head will be mounted in
console. Antenna will be located in roof. Location to be
determined by Fleet Management.
Other or Comment
Yes No Other 14. ADDITIONAL REQUIREMENTS
A. To install fire extinguisher brackets in trunk on right/left side.
Bracket will be supplied by Fleet Management
Other or Comment
Yes No Other 15. FLASHING DECK LIGHTS
A. Must supply and install rear deck lights with covers.
B. Federal Signal Tri Optic LED Light part#352012-03-red
and #352012-04-blue or equivalent approved by
Fleet Management. Must include shields around light
To keep reflection off back window.
Other or Comment
Yes No Other 16. SERVICE TRAY
A.To supply and install sliding Service Tray with locks in trunk.
B. To be installed in spare tire location.
C. Tray part#HS100 supplied by Jones Automotive or
approved equal. Must be approved at time of bid by Fleet
Management.
Other or Comment
SPECIFICATIONS FOR
EMERGENCY EQUIPMENT
FOR 2005 POLICE CRUISERS
PAGE 3 OF 4
Yes No Other 17. PRE BUILD .
A. After the award of this contract there will be a pre-build
meeting between Fleet Management and the vendor.
B. After pre-build meeting one car will be assembled as
specified for inspection.
Other or Comment
Yes No Other 18. WARRANTY
A.All parts and components will have a warranty for a
period of five (5)years.
B. One (1) year on all labor repair to replace any components.
Other or Comment
Yes No Other 19. DELIVERY
A.Vehicle will be picked up from Fleet Management, 2606
No. 26`h St.for assembly and returned to Fleet Management
when completed.
Other or Comment
2005 emergency equipment for 2005 cruisers
EXCEPTIONS TO SPECIFICATIONS
Check One
The equipment offered meets all specifications as set forth in the bid.
Name(Print)�dcl 2
Signed �-
Title G�
The equipment offered meets all specifications with the following exceptions:
(Use separate attached sheet if more room is needed)
Failure to list exceptions may be cause for equipment to be rejected at time of delivery
Name(Print)
Signed
Title
EXHIBIT "A"
PROTECTED AND/OR DISADVANTAGED BUSINESS DISCLOSURE
PARTICIPATION FORM
THIS FORM MUST BE SUBMITTED WITH THE BID
In the performance of this contract, the contractor proposes and agrees to make good faith.efforts to contract with eligible City of
Umaha certified St and/or UBts. Should the below listed Phit and/or Dbt subcontractor be determined to be unable to pertorrn
successfully or is not performing satisfactorily, the Contractor shall obtain prior approval from the Human Rights and Relations
Department Director or a designee, for substitution of the below listed subcontractor with a City of Omaha certified }'bt and/or DBL.
in submitting this Corm, the bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department priorto
bid opening regarding this project and has afforded subcontractors participating in the program the opportunity to submit bids on this
project.
Type of work and Projected
contract item or commencement
Name of PBE parts thereof to be and completion 'Agreed price with
and/or DBE Address performed date of work PBE/DBEs Percentage(%)
Totals
'Dollar value of each PBE/DBE agreement must be listed in the"Agreed Price"column;total in this column must equal the PBE/DBE goals.
CERTIFICATION
The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or good faith effort as documented.
The Undersigned/Contractor certifies that he/she has read, understands,and agrees to be bound by PBE/DBE Participation Contract Specifications, including
the accompanying Exhibits,regarding PBE/DBE,and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is
legally authorized by the Bidder to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and
representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s) with Protected and/or
Disadvantaged business enterprise(s) (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the
PBE/DBE Specifications at the price(s) set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The
Undersigned/Contractor agrees that if any of the PBE/DBE.Specification representations are made by the bidder knowing them to be false, or if there is a
failure by the successful bidder(i.e. the.Contractor)to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without
prior approval of the Director of the Human Rights and Relations Department,such action shall constitute a material breach of the contract,entitling the City of
Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of,any other rights
or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise.
Additionally,th signed/Contr pr will be subject to the of any future Contract Awards.
Signature _TL
Title // 19 Date of Signing 2—//-0 6"
Firm or Corporate Name ,c) e S J'r2pi d/r/G-e
Address/o4a3 SD I' �o���"/!it � Telephone Number 6)-2 '-5�'3 P 3
Yra �
•
, EXHIBIT "B"
CONTRACTOR EMPLOYMENT DATA
BIDDERS ARE REQUIRED TO SUBMT THE FOLLOWING WORK FORCE DATA WITH EACH BID
__" (Protected Class is defined as Black;Hispanic,Asian and Pacific Islander,American Indian or Alaskan Native, Female.) -- -
Total Employees Protected Class Males Protected Class Females
Ai r rer ican American I
Total Total Asian or Indian or Asian or Indian or
Work Protected Pacific Alaskan Pacific Alaskan
Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native White
c7/Y/06
*Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on
bid. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and
have on file with the Human Rights and Relations Department the Contract Compliance Report(Form CC-1). This report shall be in
effect for 24 months from the date received by the Human Rights and Relations Department. Any Questions regarding the Contract
Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055.
(PLEASE PRINT LEGIBLY OR TYPE)
Firm's Name: Dc.0 eS /e e)171-P d 6
(Date of Signing)
Signature: / OU f�t�ir�rt / / 7 - - r���
(Print Name) (Title) (Signature)
� U at�a
oi 1�
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on February 15, 2006 for emergency equipment
and installation for ten 2006 police cruisers, as per attached specifications, for the Omaha Police
Department; and,
WHEREAS, Jones Automotive, Inc. submitted a bid of$62,500.00 being the only
bid received within bid specifications for the emergency equipment; and,
WHEREAS, the Mayor has recommended acceptance of this bid.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, as recommended by the Mayor, the bid of Jones Automotive, Inc. in the
amount of$62,500.00, which represents the bid for emergency equipment and installation for ten
2006 police cruisers, being the only bid received within bid specifications, which is incorporated
herein by this reference, is hereby accepted and the same hereby approved.
BE IT FURTHER RESOLVED;
THAT the Finance Department of the City of Omaha is authorized to pay the cost
of the emergency equipment and installation in the amount of$62,500.00 from Fiscal Year 2006,
Fund 11111, Organization 113141 Fleet/Facilities, Account 44234 Cars/Small Trucks/Vans.
APPROVED AS TO FORM:
V -
CITY ATTORNEY DATE
P:\OPD1\16168maf.doc
By. kidAtiftdni4.)
uncilmember
-� APR . 4 20.06 2-0
Adopted i/x,,,4
City Clely/�
Approvea�1► ""��. .
Mayor
I
. v A., „ „n rh Q
OP � AOO =
.C. •O• CD • CD O\ " p
-P CIO
oo O � `W O `CcnO r C CT `� i �CD
11)CD
O
h
ql ... CD ;s �� Q. `�
Z O C/� r-+ v' '--' CD am!CD ' CD O
a
� CD
•O 'G � 0 �C O ¢'p n '�" D r, A C ,� CO n �
T OP p Z cp Cr
n CD � •aU r N .) CD CD , 1 C '
r
n
cn
CD Z CD
rn a. rp-y kC v4 CD CD .S Q. v' p. CD CD ."
•
•
•
•
"mil